You are on page 1of 10

TECHNICAL EVALUATION FOR THE PROCUREMENT OF PHYSICAL SECURITY SERVICES AT ESKOM ROTEK INDUSTRIES SOC LTD.

,
OVER A PERIOD OF SIXTY (60) MONTHS / FIVE (5) YEARS
____________________________________________________________________________________________________________________

1. QUALIFYING CRITERIA – SUBJECT TO CONTRACT AWARD (TENDER RETURNABLES)

ITEM ADMINISTRATION COMPLIANCE YES NO REMARKS

1 Proof of registration with CIPC (Companies Intellectual Property


Commission) a certified copy of the Company registration certificate
reflecting the name of the company and company registration number.

2 Provide a valid PSIRA certificate, a certified copy of the company


registration certification with Private Security Industry Regulatory
Authority (PSIRA)

3 Provide a valid letter of good standing with PSIRA (Private Security


Industry Regulatory Authority)

4 A certified copy of the identity documents of all the Directors / Members

1|P a g e
5 Provide proof of valid compliance certificate with UIF (Unemployment
Insurance Fund)

6 Provide proof of company vehicles and ownership (copy of valid vehicle


registration certificate)

7 Provide proof of public liability insurance min R10M (letters of intent will
not be accepted)

8 Provide proof of valid firearm registration and licenses for firearms in the
possession of the company (applicable to the scope of services where
firearms are required)

2. EVALUATION CRITERIA

The bids proposal will be evaluated in line with the following:

2.1 Phase One – Functional Criteria

*** Threshold of 70 points is applicable on phase one of the evaluation criteria, bidders not achieving the 70 points threshold will not
be considered for further evaluation.

2.2 Phase Two – Site Inspection

*** Should any of the requirements not be met then the supplier will not be considered for contract award 30 Points

2|P a g e
Phase One – Functionality Criteria

PHASE TWO – FUNCTIONALITY CRITERIA WEIGHTING SCORING REMARKS


1. Experience in the Security Guarding Services: 10
The service provider must submit proof that indicates a minimum
of consecutive three (3) years of working experience in successful
security guarding services (e.g., contract award letter / contract
number)

3 Years (5)
4 Years (6)
5 Years (7)
6 Years (8)
7 Years (9)
8 Years (10)
2. Reference: 20
Service providers must submit at least a minimum of three (3)
written and contactable reference letters of uninterrupted security
guarding services. List of contracts with estimated value and
duration of the security service (start and end date of the guarding
services). One Point for each Letter.

3 Letter (15)
4 Letters (18)
5 Letters (20)

3|P a g e
3. Project Implementation Plan: 30
The Project Implementation Plan must include, but not limited
to the following:

Details of taking over plan from the current servicer provider and
security risk assessment report Activities during Project
Implementation Phase (2)

Taking over the current staff

100% staff intake (20)

80% staff intake (15)

50% staff intake (10)

Weekly reporting template (2)

Monthly reporting template (2)

Monitoring and handing over of the project at completion (2)

Handing over and close-up reporting template at the end of the


contract (2)

4. Contingency Plan: 15
The Contingency Plan during projects execution (e.g., measures
to be implemented during industrial action, leave and absenteeism)

Plan on strike that might be instigated by your own Security


Personnel (2)

Strike instigated by Eskom Rotek Industries SOC Ltd


personnel and Employees (2)

Local community strike (2)

4|P a g e
Contingency plan for bomb threat, strike, suspicious parcel, and
other circumstances (2)

Contingency Plan for natural disaster, minimum of 3 x disasters

3 disasters (2)

2 disasters (1)

1 disaster (0)

Availability of a Tactical Response Team

1Hour – 5 Hours (5)

Any time longer than 5 hours (3)

1. Training Plan & Accreditation: 25


The successful supplier must demonstrate how he/she will
provide training to the security personnel and provide proof
(accreditation / certification) thereof in the identified areas within
Eskom Rotek Industries. (e.g., Safety Courses, PSIRA refresher
training, additional training to security personnel)

Training plan for safety courses (First Aid Level 1 & 2, Fire Fighting,
& Breathalyzer training) and proof of minimum 5 x Security
personnel, including supervisors and site managers that has
successfully completed the safety courses.

5 Security personnel Certification / Accreditation (10)

3 Security personnel Certification / Accreditation (5)

5|P a g e
2-0 Security personnel Certification / Accreditation (0)

Bi-annual PSIRA refresher training courses and proof for minimum


of 5 x security personnel, including supervisors and site managers
that has successfully completed the PSIRA bi-annual refresher
courses (refresher PSIRA Grades, Safety courses, breathalyzer as
per above

5 Security personnel Certification / Accreditation (10)

3 Security personnel Certification / Accreditation (5)

2-0 Security personnel officers Certification / Accreditation (0)

Additional courses relevant to the security industry that will equip


and develop security personnel performance on site. (5)

Total points 100

Note:

Threshold of 70 points is applicable on phase one (1) of the evaluation criteria, bidders not achieving the 70 points threshold will not be considered for
further evaluation.

6|P a g e
Phase Two – Site Inspection Criteria

Evaluation Committee will conduct unannounced site visits on the shortlisted supplier’s premises and the following items will be required:

ANNEXURE A

CONTROL ROOM AND COMPANY FACILITY CHECKLIST (ON – SITE EVALUATION)

ITEM FACILITY/OFFICE EVIDENCE REMARKS


NO.

1 Control room should be located in an Building and walls


immovable structure made of brick and
cement walls

2 24/7 operational call centre with fixed Functional test to be conducted on


telephone line and e-mail site, personnel appointments to be
verified

3 Lockable door to control room (access Functional test to be conducted on


restriction) site

4 Power supply to the control room Power to the control room


building (electrified)

ITEM CONTROL ROOM EVIDENCE REMARKS


NO. EQUIPMENTS/SYSTEMS

1 Computer(s)/ laptops that are Desktops, fixtures, cabling, screens


operational and used for Security
Services

2 Land line Functional test to be conducted on


site

7|P a g e
3 Communication capability with Functional test to be conducted on
operational teams (PTT/base radio) site

4 Panic button receiver established in the Functional test to be conducted on


control linked to all operational sites site

ITEM REGISTERS/PROCEDURES EVIDENCE REMARKS


NO.

1 Occurrence book Inspect registers on site

2 Panic button test register Inspect registers on site

3 Incident register Inspect registers on site


4 Equipment register (s) Inspect registers on site

5 Duty roster displayed on the wall Duty roster displayed on the wall

6 Emergency preparedness procedure Emergency preparedness procedure


displayed on the wall displayed on the wall

7 Emergency contact list displayed on the Emergency contact list displayed on


wall the wall

8 Site contingency plan The company must demonstrate


contingency during unrest period.

ITEM ARMORY COMPLIANCE EVIDENCE REMARKS


NO.

1 Firearm safe that is SABS approved SABS compliant, SAPS letter


confirming safe is compliant DFO

2 Firearm Register A7 and A8 Ammunition and Firearm Control

8|P a g e
3 Firearm Discharge register Firearm Discharge register

4 Firearm inspection Number of Firearms available Inspect


on site (Depending on the site - 9mm
Handgun type of firearm available
and in good condition.
5 Firearm safe work procedure Handing over and receiving of
firearm, storing of firearm and
ammunition.

6 PSIRA certificate valid Confirmation of PSIRA registration

ITEM VEHICLE ON SITE EVALUATION EVIDENCE REMARKS


NO.

1 Are the vehicles equipped with communication capability to be


functioning communication capability? checked on site in vehicle

2 Do the vehicles meet all Eskom vehicle Fire Extinguisher and first aid kit in
safety standards? (Standard to be vehicle, spare wheel. Check on site
issued with the tender)

3 Are vehicles fitted/ equipped with Request tracking reports on site


Tracking system?

4 Vehicles must be branded with the Vehicle branding


company’s logo

5 Spotlight to the vehicle must be Vehicle spotlights to be in working


mounted or handheld condition

9|P a g e
ITEM UNIFORM ON SITE EVALUATION EVIDENCE REMARKS
NO.

1 Uniform, rain suits, reflectors, and Branded uniform


umbrella must be branded with the
company’s logo

Combat uniform

Should any of the above requirements not be met then the supplier will not be considered for contract award.

Should any of the above requirements not be met then the supplier will not be considered for contract award.

Name of evaluators: ___________________________ Name of Company: ____________________

Signature of Company Rep: _________________________________________________________

Date of evaluation: …………/………. /……………………………..

10 | P a g e
Name: M de Bruyn Name: Gcinthemba Diko
Reason: Confirmation Reason: Confirmation
Date: 13/04/2022 12:46:09 (UTC+02:00:00) Date: 13/04/2022 13:00:20 (UTC+02:00:00)
Location: Gauteng Location: Gauteng

You might also like